Top Banner
(1) CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER GOVERNMENT OF MAHARASHTRA MAHARASHTRA RURAL ROADS DEVELOPMENT ASSOCIATION (MRRDA) TENDER DOCUMENT Pradhan Mantri Gram Sadak Yojana FOR MAINTENANCE OF RURAL ROADS (Special - Zonal Repairs &13 th Finance Work 2013-14) DISTRICT : JALNA Executive Engineer Pradhan Mantri Gram Sadak Yojana Maharashtra Rural Roads Development Association, JALANA
129
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
  • (1)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    GOVERNMENT OF MAHARASHTRA

    MAHARASHTRA RURAL ROADS DEVELOPMENT ASSOCIATION (MRRDA)

    TENDER DOCUMENT

    Pradhan Mantri Gram Sadak Yojana

    FOR

    MAINTENANCE OF RURAL ROADS

    (Special - Zonal Repairs &13 th Finance Work 2013-14)

    DISTRICT : JALNA

    Executive Engineer Pradhan Mantri Gram Sadak Yojana

    Maharashtra Rural Roads Development Association, JALANA

  • (2)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    I N D E X

    NAME OF WORK: As per Notice inviting tenders

    Sr.

    No. Brief Description of Contents

    Pages

    From To

    1 Instructions to Tenderer 4 4

    2 Brief Tender Notice 5 6

    3 Detailed Tender Notice 7 14

    4 Declaration of the contractor 15 15

    5 Statements 1 to 4 16 20

    6 Additional General conditions and specifications 21 68

    7 Quality Assurance and maintenance manual 69 69

    8 Agreement form B-1 70 119

    9 Additional Condition of material brought by

    contractor 120 121

    10 Model form of Bank guarantee for Security Deposit 122 124

    11 Schedule A, B and C 125 126

    12 Drawing 127 128

    13 Conditions for insurance of work. 129 129

    Issued to Shri / M/s ..

    As per DD No... dated

    Name of Bank. ... ... ...

    Executive Engineer, PMGSY

    MRRDA,JALNA

  • (3)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    INSTRUCTIONS FOR THE TENDERER

    Sr. No. Particulars

    PLEASE ATTACH SCANNED COPIES OF FOLLOWING DOCUMENTS

    1. Declaration of the Contractor on Contractors Letter Head in pdf

    format.

    2-a. Demand Draft for cost of tender document as mentioned in notice

    inviting tender.

    2-b. Fixed Deposit Receipt for Earnest Money Deposit as per mentioned in

    notice inviting tender.

    3-a. A certificate or Photostat copy of valid Registration Certificate.

    3-b. Photostat of attested copy of Partnership deed and power of

    attorney.

    3-c. A list of works tendered for and in hand (Statement No. 1)

    3-d. A list of work of similar type and magnitude carried out (Statement

    No. 2)

    3-e. Valid Income Tax Clearance Certificate in original Photostat copy.

    4-a. List of machinery and plants available with the tenderer for

    immediate use on this work (Statement No. 3) and details thereof.

    4-b. Details of Technical Personnel on the roll of the tender (Statement

    No. 4)

    Important Note :

    Please note that omission to attach any document is likely to invalidate the

    tender.

  • (4)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    Tender Notice

  • (5)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    BRIEF TENDER NOTICE Maharashtra Rural Road Development Association

    Office of the Executive Engineer (P.M.G.S.Y.)

    Maharashtra Rural Roads Development Association, Jalna

    NOTICE INVITING e-TENDER NO.1/2013-2014

    Executive Engineer (P.M.G.S.Y.) Maharashtra Rural Roads

    Development Association, Jalna, BehindPanchayatSamitee Building, Old Jalna,

    JalnaPincode 431203, invites online percentage rate tender from contractors

    registered in appropriate class / category with P.W.Department or Rural

    Development Department of Government of Maharashtra for Maintenance of

    Rural Roads under Special Repair &13 th Finance Commissions Programme of

    Pradhan Mantri Gram Sadak Yojana for following

    Roads in Jalna District.

    1. The complete bidding process will be online (e-tendering). all the notifications regarding this tender notice hereafter will be published

    online on website http://pmgsytendersmah.gov.in

    Sr.

    No.

    Name of work Amount

    put to

    tender Rs.

    Class of

    Contractor

    Tender Fees In

    Rs. In The Form

    Of D.D.

    13 th FC Programme 2013 -14

    1 Maintenance of Two Works in Block

    Jalna Dist.Jalna Package 16 4678502

    Class 5 &

    Above

    2000/-

    2 Maintenance of Two Works in Block

    Jalna Dist.Jalna Package 17 5284007

    Class 4-A &

    Above

    5000/-

    3 Maintenance of One Work in Block

    Jafrabad Dist.Jalna Package 18 7484379 Class 4-A &

    Above

    5000/-

    S.R & Z.R Programme 2013 -14

    4 Maintenance of One Work in Block

    Jalna, Dist.Jalna Package 19 4468717 Class 5 &

    Above

    2000/-

    5 Maintenance of Five Work in Block

    Jalna, Dist.Jalna Package 20 4708944 Class 5 &

    Above

    2000/-

    6 Maintenance of One Work in Block

    Jafrabad, Dist.Jalna Package 21 5964119 Class 4-A &

    Above

    5000/-

    7 Maintenance of One Work in Block

    Jafrabad, Dist.Jalna Package 22 6429151 Class 4-A &

    Above

    5000/-

    8 Maintenance of Ten Work in Block

    Ambad ,Dist.Jalna Package 23 9233207 Class 4 &

    Above

    5000/-

    9 Maintenance of Seven works in

    Block Ghansawangi , Dist.Jalna

    Package 24

    5438674

    Class 4-A &

    Above

    5000/-

    10 Maintenance of Nine Works in

    Block Partur, Dist.jalna Package 25 4538892 Class 5 &

    Above

    2000/-

  • (6)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    2. Bidding document can be seen and downloaded from the website http://pmgsytendersmah.gov.in from 11.00 hours on 15/11/2013 to

    09/12/2013 up to 13.00 hours.

    3. The bid can be submitted in electronic format on the website http://pmgsytendersmah.gov.in from 15.00 hours on 16/11/2013. The

    deadline for submission of bid is up to 17.00 hours on Dt. 09/12/2013.

    4. Bids MUST be accompanied with. (a) Scanned copies of Demand Draft of any Nationalized or Scheduled Bank

    for amount as stated in above table per work as a downloading cost of

    tender documents. DD should be drawn in favor of Maharashtra Rural

    Roads Development Association, Mumbai payable at Mumbai.

    (b) Scanned copies of F.D.R. of any Nationalised or Scheduled Bank for equal to 1% of the amount put to tender as Earnest Money Deposit.

    F.D.R. Should be drawn in favour of Executive Engineer (P.M.G.S.Y.)

    M.R.R.D.A. Jalna.

    5. Bidder shall submit the original hard copies of DD/FDR towards Tender Fees and Earnest Money Deposit From after the end date 09/12/2013 and time 17

    Hours to the date of technical bid opening 12/12/2013 upto 13 hours in the

    office time only at the office of Executive Engineer, Pradhan Mantri Gram

    Sadak Yojana, Maharashtra Rural Road Development Association, Jalna,

    Behind Panchayat Samitee Building, Old Jalna, Pin code 431203. Physical form

    D.D./F.D.R. submitted shall be the same as scanned copy (as per (4) above)

    submitted along with the bid.

    6. Bid Shall be treated as invalid if scanned copies as mentioned in (4) above are not submitted online along with the bid and/or original physical D.D./

    F.D.R. is not submitted as per (5) above.

    Technical Bids will be opened online on 12/12/2013 at 13.00 hours on website

    http://pmgsytendersmah.gov.in in the office of the Superintending Engineer

    (P.M.G.S.Y.) Maharastra Rural Roads Development Association. Aurangabad

    Region Aurangabad. at address: Plot No-3 Block No-107,First Floor,Above SBH

    Branch,SataraArea,NearRenuka Mata Mandir Gate Beed Bye Pass

    Road,Aurangabad.

    7. Time and Date of opening of financial bids will be informed by email to responsive bidder.

    8. Security Deposit to be submitted at the time of agreement is 2.5% of contract price and balance 2.5% will be deducted from running bill.

    9. The guidelines to download the tender document and online submission of bids and procedure of tender opening can be downloaded from website

    http://pmgsytendersmah.gov.in

    10. Time allowed for completion of each work is 6 Calendar Month from Date of Work Order and defect liability period is 24 months from the date of

    completion of work.

    11. Right to reject or cancel any or all the tenders without assigning any reason thereof whatever may be, is reserved by the undersigned.

    sd/-

    Executive Engineer

    PradhanMantri Gram SadakYojana

    Maharashtra Rural Roads Development Association Jalna.

  • (7)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    DETAILED TENDER NOTICE Maharashtra Rural Road Development Association

    Office of the Executive Engineer (P.M.G.S.Y.)

    Maharashtra Rural Roads Development Association, Jalna

    NOTICE INVITING e-TENDER NO.1/2013-2014

    Executive Engineer (P.M.G.S.Y.) Maharashtra Rural Roads

    Development Association, Jalna, BehindPanchayatSamitee Building, Old Jalna,

    JalnaPincode 431203, invites online percentage rate tender from contractors

    registered in appropriate class / category with P.W.Department or Rural

    Development Department of Government of Maharashtra for Maintenance of

    Rural Roads under Special Repair &13 th Finance Commissions Programme of

    Pradhan Mantri Gram Sadak Yojana for following

    Roads in Jalna District.

    1. The complete bidding process will be online (e-tendering).

    Sr.

    No.

    Name of work Amount

    put to

    tender Rs.

    Class of

    Contractor

    Tender Fees In

    Rs. In The Form

    Of D.D.

    13 th FC Programme 2013 -14

    1 Maintenance of Two Works in Block

    Jalna Dist.Jalna Package 16 4678502

    Class 5 &

    Above

    2000/-

    2 Maintenance of Two Works in Block

    Jalna Dist.Jalna Package 17 5284007

    Class 4-A &

    Above

    5000/-

    3 Maintenance of One Work in Block

    Jafrabad Dist.Jalna Package 18 7484379 Class 4-A &

    Above

    5000/-

    S.R & Z.R Programme 2013 -14

    4 Maintenance of One Work in Block

    Jalna, Dist.Jalna Package 19 4468717 Class 5 &

    Above

    2000/-

    5 Maintenance of Five Work in Block

    Jalna, Dist.Jalna Package 20 4708944 Class 5 &

    Above

    2000/-

    6 Maintenance of One Work in Block

    Jafrabad, Dist.Jalna Package 21 5964119 Class 4-A &

    Above

    5000/-

    7 Maintenance of One Work in Block

    Jafrabad, Dist.Jalna Package 22 6429151 Class 4-A &

    Above

    5000/-

    8 Maintenance of Ten Work in Block

    Ambad ,Dist.Jalna Package 23 9233207 Class 4 &

    Above

    5000/-

    9 Maintenance of Seven works in

    Block Ghansawangi , Dist.Jalna

    Package 24

    5438674

    Class 4-A &

    Above

    5000/-

    10 Maintenance of Nine Works in

    Block Partur, Dist.jalna Package 25 4538892 Class 5 &

    Above

    2000/-

  • (8)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    all the notifications regarding this tender notice hereafter will be published

    online on website http://pmgsytendersmah.gov.in

    2. Bidding document can be seen and downloaded from the website http://pmgsytendersmah.gov.in from 11.00 hours on 15/11/2013 to

    09/12/2013 up to 13.00 hours.

    3. The bid can be submitted in electronic format on the website http://pmgsytendersmah.gov.in from 15.00 hours on 16/11/2013. The

    deadline for submission of bid is up to 17.00 hours on Dt. 09/12/2013.

    4. Bids MUST be accompanied with. a. Scanned copies of Demand Draft of any Nationalized or Scheduled

    Bank for amount as stated in above table per work as a

    downloading cost of tender documents. DD should be drawn in

    favor of Maharashtra Rural Roads Development Association,

    Mumbai payable at Mumbai.

    b. Scanned copies of F.D.R. of any Nationalised or Scheduled Bank for equal to 1% of the amount put to tender as Earnest Money Deposit.

    F.D.R. Should be drawn in favour of Executive Engineer (P.M.G.S.Y.)

    M.R.R.D.A. Jalna.

    5. Bidder shall submit the original hard copies of DD/FDR towards Tender Fees and Earnest Money Deposit From after the end date 09/12/2013 and time

    17 Hours to the date of technical bid opening 12/12/2013 upto 13 hours in

    the office time only at the office of Executive Engineer, Pradhan Mantri

    Gram Sadak Yojana, Maharashtra Rural Road Development Association,

    Jalna, Behind Panchayat Samitee Building, Old Jalna, Pin code 431203.

    Physical form D.D./F.D.R. submitted shall be the same as scanned copy (as

    per (4) above) submitted along with the bid.

    6. Bid Shall be treated as invalid if scanned copies as mentioned in (4) above are not submitted online along with the bid and/or original physical

    D.D./ F.D.R. is not submitted as per (5) above.

    Technical Bids will be opened online on 12/12/2013 at 13.00 hours on website

    http://pmgsytendersmah.gov.in in the office of the Superintending Engineer

    (P.M.G.S.Y.) Maharastra Rural Roads Development Association. Aurangabad

    Region Aurangabad. at address: Plot No-3 Block No-107,First Floor,Above SBH

    Branch,SataraArea,NearRenuka Mata Mandir Gate Beed Bye Pass

    Road,Aurangabad.

    7. Time and Date of opening of financial bids will be informed by email to responsive bidder.

    8. Security Deposit to be submitted at the time of agreement is 2.5% of contract price and balance 2.5% will be deducted from running bill.

    9. The guidelines to download the tender document and online submission of bids and procedure of tender opening can be downloaded from website

    http://pmgsytendersmah.gov.in

    10. Time allowed for completion of each work is 6 Calendar Month from Date of Work Order and defect liability period is 24 months from the date of

    completion of work.

    11. Right to reject or cancel any or all the tenders without assigning any reason thereof whatever may be, is reserved by the undersigned.

  • (9)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    12. Earnest money which is 1 percent of the amount put to tender shall be only in the form of Fixed Deposit Receipt. In any other form like cash or cheque

    will not be accepted.

    13. The amount of earnest money will be forfeited in case of successful contractor does not pay the amount of initial security deposit within the

    time specified as stipulated by the Executive Engineer and complete the

    contract documents. In all other cases earnest money will be refundable.

    14. TENDERING PROCEDURE.

    A) ISSUE OF BLANK TENDER FORMS

    Tender documents (Bidding document, Bill of Quantities, drawings etc.)

    can be seen and downloaded from the website.

    http://pmgsytendersmah.gov.in

    B) Pre - Bid Conference :

    i) Deleted

    ii) Deleted

    iii) The tender submitted by tenderer shall be based on the clarification,

    additional facilities offered (if any) by the Department, and this tender

    shall be unconditional. Conditional tender will be summarily REJECTED.

    iv) All tenderers are cautioned that the tender containing any

    deviation from the contractual terms and conditions, and

    specifications or other requirements and conditional tender will be

    rejected as non responsive.

    C) MANNER OF SUBMISSION OF TENDER AND ITS ACCOMPANIMENTS.

    The tenderer shall be submit the tender and documents online through

    website http://pmgsytendersmah.gov.in in two covers. The guidelines to the

    contractors are available on website http://pmgsytendersmah.gov.in.

  • (10)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    a) Technical cover

    The Technical Cover shall contain the following documents.

    1) Declaration of contractor

    Declaration of the Contractor (in prescribed format) on Contractors Letter

    Head (in .pdf format).

    2) Tender fees & EMD

    Scanned copy of One year Term Deposit Receipt for a period of one year

    of any Nationalized or scheduled Bank towards the amount of Earnest

    money and Scanned copy of Demand Draft towards cost of tender fees

    both DD and FD shall be scanned together in a single file (in .pdf format).

    Exemption for payment of Earnest Money is not applicable.

    3) Registration & Qualification

    3.a Certificate in original or attested copy thereof duly

    attested by Gazetted officer as Registered Contractor with the P.W.

    Department or Rural Development department of Government of

    Maharashtra in appropriate class as may be applicable.

    3.b Photostat of attested copy of Partnership deed and power

    of attorney if any.

    3.c Details of works of similar type and magnitude carried out by the

    contractor (Statement No. 1)

    3.d Details of the other works tendered for and in hand with the value of work in

    progress on the last date of submission of tender (in the proforma of statement No.

    2) The certificate from the Heads of the offices under whom the work in progress

    should be enclosed.

    3.e Valid Registration certificate under Maharashtra Value Added Tax Act

    2005 under Rule No. 8 and 9 and

    3.f Valid Income Tax Clearance Certificate in original Photostat copy.

    4) Technical papers

    4.a The list of owned machinery and plants immediately available with the

    tenderer for use on this work and list of machinery-proposed to the utilised in this

  • (11)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    work, but not immediately available and the manner in which it is proposed to

    be procured. (In the proforma of statement No. 3)

    4.b Details of Technical personnel on the roll of the tenderer (in the proforma

    of Statement no. 4)

    All Scanned copies submitted in connection with the tender shall be

    attested by a Gazetted officer of P.W.D./Z.P.(W) only, the originals may be

    called for verifications.

    b) FINANCIAL Cover

    The second envelope marked as "Financial Bid" shall contain only the Bill of

    Quantities (BOQ). The same file downloaded from the website must be duly

    quoted with company details filled up. The contractor shall upload the

    same BOQ only, duly filled and quoted percentage with digital signature.

    The contractor need not upload the B-1 form i.e. Detailed conditions of

    contract along with BOQ.

    This tender shall be unconditional.

    c) SUBMISSION OF TENDER

    The contractor shall, before final submission of bid, confirm all the

    required files, papers are attached properly in the respective covers i.e.

    in Technical cover and financial cover.

    Contractor may attach the documents asked in the bidding

    document by selecting those from those which are already available in

    my documents section in his login.

    d) OPENING OF TENDER

    Contractor have to submit the original instruments i.e. Originals of

    scanned Fixed deposit receipt towards EMD and Demand Draft towards

    tender fees in time between the last time & date of bid submission and time &

    date of opening of technical cover as specified in the detailed tender notice.

  • (12)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    On the date specified in the tender notice following procedure will be

    adopted for opening of the tender.

    1. Technical Cover

    First of all , Envelope No. 1 of the tender will be opened to verify its

    contents as per requirements. The documents so attached by the bidder will be

    verified by the tender evaluation committee of the department. If the various

    documents contained in this Envelope do not meet the requirements of the

    Department, a note will be recorded accordingly by the tender opening

    authority and the said bidders financial Bid will not be considered for further

    action.

    The summary of technical bid opening will be mailed to all concerned

    contractors automatically by the system. The scheduled date & time financial bid

    opening will be mailed to contractors whose technical bids are accepted by the

    tender evaluation committee.

    2. Financial Cover

    This envelope shall be opened on the date & time specified and

    communicated to concerned bidder through mail. The tendered rates or

    percentage above or below the estimated rates shall then be read out.

    15. The contractor will have to sign the original copy of the tender papers and

    the drawings according to which the work is to be carried out, he shall also

    have to give a declaration to the effect that he has fully studied the plans,

    specifications, local conditions, and availabil ity of labour and materials

    and that he has quoted his rates with due consideration to all these factors.

    16. The right is reserved to revise or amend the contract documents prior to

    the date notified for the receipt of tenders or extended date. Such

    deviations, amendments or extensions, if any, shall be communicated in

    the form of corrigendum through website http://pmgsytendersmah.gov.in.

    17. The bidders they are subject to be disqualified if they have made misleading

    or false representations in the forms, statement and attachments submitted

    in proof of the qualification, requirements; and / or record or poor

  • (13)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    performance such as a abandoning the works, not properly completing the

    contract, incordinate delays in completion, litigation history or financial

    failures etc.

    18. EXAMINATIONS OF DRAWINGS AND SITE CONDITIONS :

    The bidder shall in his own interest carefully examine the drawings,

    conditions of contract, specifications etc. He shall also inspect the site and

    acquaint himself about the climate, physical and all other conditions

    prevailing at site, the nature, magnitude, special features practicability of

    the works, all existing and required means of communications and access to

    site, availability of housing and other facilities, the availability of labour and

    materials, labour camp site, stores and godown etc. He shall obtain all

    necessary information as to the risk, contingencies and other circumstances

    winch may affect and influence the tender. No claims on any of the above

    or any other factors wil l be entertained by the Government, Should there

    be any discrepancy or doubt or obscurity the contractor shall submit the

    same to the Executive Engineer, MRRDA concerned for elucidation as soon

    as possible.

    19. The tender submitted by the contractor shall remain valid for a period of 90

    days from the date of opening of financial bid.

    20. The contractor (s) whose tender is accepted is required to note that no

    foreign exchange will be released by the Department.

    21. Tenders, which do not fulfill all or any of the conditions or are incomplete in

    any respect are liable to summary rejection.

    22. Right to reject any or all tenders without assigning reasons there for is

    reserved. The acceptance of the tender lies with the Aurangabad Region

    Aurangabad. at address: Plot No-3 Block No-107,First Floor,Above SBH

    Branch,SataraArea,NearRenuka Mata Mandir Gate Beed Bye Pass

    Road,Aurangabad.

    23. The notice inviting tender shall form part of the tender agreement.

    24. The successful tenderer will be required to produce to the satisfaction of the

    specified concerned authority a valid and concurrent license issued in his

    favour under the provisions of the contract Labour (Regulation and

  • (14)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    Abolition) Act 1970, before starting the work, failure to do so acceptance of

    the tender shall be liable to be with drawn and earnest money forfeited.

    25. Instructions to Contractor :

    1. In case the contractor, whose offer is found to be lowest, is requested to

    negotiate and reduce the offer, does not respond within a period of 7

    days, the tender accepting authority without issuing any reminder

    reserves the right to reject such tender.

    2. In case the contractor, who is informed of acceptance of his tender,

    does not remit the initial Security Deposit within a period of 10 days, the

    tender accepting authority reserves the right to forfeit the earnest money

    deposit without issuing any reminder to take further action according to

    the tender provision.

    26. Right to reject or cancel any or all the tenders without assigning any

    reason thereof whatever may be is reserved by the undersigned.

    Executive Engineer

    Pradhan Mantri Gram Sadak Yojana

    Maharashtra Rural Roads Development Association

    Jalna.

  • (15)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    DECLARATION OF THE CONTRACTOR (To be submitted by contractor on contractors letter head in .pfd format)

    Name of work:

    Tender Notice No:

    I/We hereby declare that

    1. I/We are interested in the above named work in the tender notice.

    2. I/We have submitted a bid for the said work.

    3. I/We have made myself /ourselves thoroughly conversant with the local

    conditions regarding all materials and labour on which I/We have based

    my/our rates for this tender. The specifications and leads on this work have

    been carefully studied and understood before submitting this tender. I/We

    undertake to use only the best materials approved by Executive Engineer, or

    his duly authorised assistant during execution of the work and to abide by

    the decisions.

    4. I/We accept all the terms and conditions laid down in the tender document;

    which I will sign at the time of agreement.

    5. The rate quoted by me/us is unconditional; I/we well known that conditional

    tender is liable for rejection.

    Signature

    (Contractor)

    To,

    Tender Inviting Authority

    Executive Engineer (PMGSY)

    MRRDA, Jalna.

  • (16)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    STATEMENT NO.1

    DETAILS OF WORKS OF SIMILAR TYPE AND MAGNTUDE CARRIED OUT BY CONTRACTOR

    Name of contractor :

    Sr.

    No

    Name

    of works

    Agreem

    ent No.

    and

    Date

    Date

    of

    starting

    Tendere

    d cost

    Total cost

    of work

    Done

    Stipulate

    d date of

    completi

    on

    Actual date

    of

    completion

    Remark

    1 2 3 4 5 6 7 8 9

  • (17)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    STATEMENT NO. 2

    STATEMENT OF LIST OF WORKS IN HAND AND WORKS TENDERED FOR AS ON THE DATE OF

    SUBMISSION OF THIS TENDER

    Name of contractor :

    (I) Works in Hands

    Sr.

    No

    Nam

    e of

    works

    Agre

    emen

    t No.

    and

    Date

    Tender

    Amou

    nt

    Date of

    Commen

    cement

    Stipulated

    date of

    completion

    Value

    of works

    already

    done

    Value

    of

    balanc

    e work

    Probable

    date of

    completion

    Remarks

    1 2 3 4 5 6 7 8 9 10

    (II) Works Tendered for

    Sr. No Name of

    work

    Name and

    address

    client

    Tendered

    amount

    Time limit Probable

    date when

    decision is

    expected

    Other

    relevant

    details if any

    1 2 3 4 5 6 7

    Note This is only a standard form details are to be furnished in this format in the

    form of type written statements (in .pdf format) which shall be

    enclosed in cover No.1

  • (18)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    STATEMENT NO. 3

    DETAILS OF TOOLS AND PLANTS AND MACHINERY

    IMMEDIATELY AVAILABLE WITH THE CONTRACTOR FOR THIS WORK

    NAME OF TENDERER:

    Sr.

    No

    Name of

    Equipment

    No. of

    Units

    Kind &

    Make

    Capacity Age and

    Condition

    Present

    location

    Remarks

    1 2 3 4 5 6 7 8

    Note Contractor should possess with him the following machinery,

    owned.

  • (19)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    List of Machinary

    S.N. Machinary Number/ Remark

    1 Truck/Tipper 2

    2 Diesel Road roller 8-10T

    1

    3 Hot Mix plant (Drum type)

    (Owned or Hired)

    1

    4 Water Tanker with

    Sprinkler 1

    5 Paver Finisher

    (Owned or Hired)

    1

    6 Vehicle Mounted Mechanical

    Spray

    (Owned or Hired)

    1

    7 Tar Boiler

    1

    For which contractor should produce the proof thereof

  • (20)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    Statement No. 4

    DETAILS OF TECHNICAL PERSONNEL WITH PROJECT MANAGER

    AVILABLE WITH THE CONTRACTOR

    NAME OF THE CONTRACTOR:

    Sr. No Name of

    person

    Qualification Whether

    working in

    field or

    office

    Experience

    of

    execution

    of similar

    works

    Period for

    which the

    person is

    working

    with the

    tenderer

    Remarks

    1 2 3 4 5 6 7

  • (21)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    General Conditions

    And

    Specifications

  • (22)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    ADDITIONAL GENERAL CONDITIONS AND SPECIFICATIONS

    1. These are to apply as additional specifications and conditions unless

    otherwise already provided for contractdictorily elsewhere in this contract.

    2. CONTRACTOR TO STUDY SITE CONDITIONS :

    The contractor shall be deemed to have carefully examined the work

    and site conditions including labour, the general and the special conditions,

    specifications, schedules and drawings and shall be deemed to have visited

    the site of the work and to have fully informed himself regarding the local

    conditions and carried out his own investigation to arrive at rates quoted in

    the tender. In this regard, he will be given necessary information to the best

    of knowledge of Department but without any guarantee about it.

    If he shall have any doubt as to the meaning of any portion of these

    general conditions or the special conditions, 6r the scope of work or the

    specifications and drawings or any other matter concerning the contract,

    he shall in good time, before submitting his tender, set forth the particulars

    thereof and submit them to the Executive Engineer, PMGSY, MRRDA

    Division, Jalna. in Writing in order that such doubts may be clarified

    authoritatively before tendering. Once a tender is submitted, the matter will

    be decided according to tender conditions in the absence of such

    authentic pre-clarification.

    3. DECLARATION OF THE CONTRACTOR:

    The contractor should sign and submit the prescribed declaration form in

    technical cover.

    4. INDEMNITY:

  • (23)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    The contractor shall indemnify the Government against all actions, suits,

    claims and demands brought or made against in respect of anything done or

    committed to be done by the contractor in execution of or in connection with the

    work of this contract and against any loss or damage to the Government in

    consequence of any action or suit being brought against the contractor for any

    thing clone or committed to be done in the execution of the works of this

    contract.

    5. DEFINITIONS:

    Unless excluded by or repugnant to the context:

    a) The expression "Government" as used in the tender papers shall mean the

    Rural Development Department and Public works Department of the

    Government of Maharashtra.

    b) The expression "Contractor" used in the tender papers shall mean The

    successful tenderer whose tender has been accepted, and who has been

    authorised to proceed with the work.

    c) The expression "Contract" as used in the tender papers shall mean the

    deed of contract together with its original accompaniment and those later

    incorporated in it by mutual consent

    d) The expression "Plant as used in the tender paper shall mean every

    machinery, necessary or considered necessary by the Engineer to execute,

    construct complete and maintain the works and used in, altered modified,

    substituted and additional work ordered in the time and in the manner

    herein provided and all temporary materials and special and other articles of

    appliances of every sort, kind and descriptions whatsoever intended or used

    hereof.

    e) "Drawing" shall mean the drawings referred to in the specifications and

    any modification of such drawings approved in writing by Engineer and

    such other drawings as may from time to time be furnished or approved in

    writing by the Engineer.

  • (24)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    f) "Engineer's Representative" shall mean an assistant of the Engineer notified-

    in writing to the contractor by the Engineer.

    g) "Provisional items" shall mean items for which approximate quantities

    have been included in the tender documents.

    h) The "Site" shall mean the lands and / or other places, on under in or

    through which the work is to be executed under the contract including

    any other lands or places which may be allotted by Government or used for

    the purpose or contract.

    i) "The work" shall mean the works to be executed in accordance with the

    contract or part(s) thereof as the case may be and shall include all extra,

    additional, altered or substituted works as required for performance of the

    contract.

    j) The "Contract Sum" shall mean the sum for which the tender is accepted.

    k) The "Accepting Authority" shall mean the officer competent to accept the

    tender.

    l) The "Day" shall mean a day of 24 hours from midnight to midnight

    irrespective of the number of hours worked in any day in that week.

    m) "Temporary works shall mean all temporary works of every kind required

    in or about the execution, completion or maintenance of the works.

    n) "Urgent Works" shall mean any measure which, in the opinion of the

    Engineer in charge, become necessary during the progress of the works to

    obviate any risk or accident or failure or which become necessary for

    security of the work or the persons working thereon.

    where the context so requires, words importing the singular only also

    include the plural and Vice-versa.

  • (25)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    Heading and marginal notes, if any, to the general conditions shall not

    be deemed to form part thereof or be taken into consideration in the

    interpretation or construction thereof of the contract.

    Wherever there is mentioned of "Schedule of Rates" of the. Division or

    simply DSR in this tender, it wil l be taken to mean as "The schedule of the

    rate of the Division in whose jurisdiction of the work lies".

    6. ERRORS, OMISSIONS AND DISCREPANCIES :

    a) In case of errors, omissions and / or disagreement between written and

    scaled dimensions on the drawing or between drawings and specifications

    etc. the following order of preference shall apply.

    i) Between actual scaled and written dimensions or descriptions on a drawings

    the later shall be adopted.

    ii) Between the written or shown description of dimensions in the drawing and

    the corresponding one in the specifications, the later shall apply.

    iii) Between the quantities shown in the schedule of quantities and those arrived

    at from the drawings, the later shall be preferred.

    iv) Between the written description or the item in the schedule of quantities and

    detailed description in the specifications of the same item, the later shall be

    adopted.

    b) In case of discrepancy between rate percentage quoted rate in figures and

    words the lowest of the two will be consider for acceptance of the tender.

    c) In all cases of omissions and / or doubts or discrepancies in the dimensions

    or description of any item or specification, reference shall be made to the

    Executive Engineer, MRRDA , Jalna. whose elucidation, elaboration or

    decision shall be considered as authentic. The contractor shall be held

    responsible for any errors that may occur in the work through lack of such

    reference and precaution.

  • (26)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    d) The special provision in detailed specifications and wording of any item shall

    gain precedence over corresponding contradictory provisions (if any) in the

    standard specifications of Public Works Department Hand Book where

    reference to such specifications is given without reproducing the details in

    contract.

    (e) CONSTRUCTION EQUIPMENT :

    The Contractor shall be required to give a trial run of the equipment for

    establishing there capability to achieve the laid down specifications and

    tolerance to the satisfaction of the Engineer before commencement of the

    work. Al l equipment provided shall be proven efficiency and shall be

    operated and maintained at all times, in a manner acceptable to the

    Engineer and no equipment or personnel w i l l be removed from the site

    without permission of the Engineer.

    (f) PROGRESS SCHEDULE :

    i) The contractor shall furnish within the period of one month of the order to

    start the work, the programme of work in CPM/PERT charts in quadruplicate

    indicating the date of actual start. The monthly progress expected to be

    achieved and the anticipated completion date of each major item of work

    to be done by him, also indicating dates of procurement and setting up of

    the materials, plants and machinery. The schedule is to be such as is

    practicable of achievement towards the completion of the whole work in

    the time limit, the particular items, if any, on the due dates specified in the

    contract and shall have the approval of the Engineer in charge. No revised

    schedule shall be operative without such acceptance in writing. The Engineer

    is further empowered to ask for 'more detailed schedule or schedules say;

    week by week for any item or items in case of urgency of work as will be

    directed by him and the contractor shall supply the same a&- and when asked

    for.

  • (27)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    ii) The contractor shall furnish sufficient plants equipment and labour as may

    be necessary to maintain the progress schedule. The working and shift hours

    restricted to one shift a day for operations to be done under the Government

    supervision shall be such as may be approved by the Engineer in charge.

    They shall not be varied without the prior approval of the Engineer. Night

    work which requires supervision shall not be permitted except when

    specifically allowed by Engineer each time, if requested by the contractor.

    The contractor shall provide necessary lighting arrangement etc. for night

    work as directed by Engineer without extra cost.

    iii) Further the contractor shall submit the progress report of work in prescribed

    forms and charts etc. at periodical intervals as may be specified by the

    Engineer in charge, schedule shall be in form of progress charts, forms progress

    statement and / or reports as may be approved by the Engineer.

    iv) The contractor shall maintain proforma, charts; details regarding machinery,

    equipment, labour, materials personnel etc. as may be specified by the

    Engineer and submit periodical returns thereof as may be specified by the

    Engineer in charge.

    8. AGENT AND WORK ORDER BOOK :

    The contractor shall himself manage the work or engage an

    authorised all time agent on the work capable of managing and guiding

    the work and understanding the specifications and contract conditions. A

    qualified and experienced, engineer shall be provided by the contractor as

    his agent for technical matters in case the Engineer in charge considers this

    as essential for the work and so direct contractor. He will take orders as will

    be given the Executive Engineer or his representative and shall be

    responsible for carrying them out. This agent shall not be changed without

    prior intimation to the Executive Engineer and his representative on the work

    site. The contractor shall supply to the Engineer the details of all supervisory

    and other staff employed by the contractor and notify changes when

    made and the Engineer regarding the quantity and sufficiency of the staff

    thus employed. The Engineer will have the unquestionable right to ask for

  • (28)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    change' in the quantity and number of contractor's supervisory staff and to

    order removal from work of any of such staff. The contractor shall comply

    with such orders and effect replacement to the satisfaction of the Engineer.

    A work order book shall be maintained on site and it shall be the

    property of the Government and the contractor shall promptly sign

    orders given therein by Executive Engineer or his representative and his

    superior officers, and comply with them.

    The compliance shall be reported by the contractor to the Engineer in

    good time so that it can be checked. The blank work order book with

    machine numbered pages will be provided by the Department free of

    charge for this purpose. The contractor will be allowed to copy out

    instructions therein from time to time.

    9. SETTING OUT :

    I) SETTING OUT FOR (BUILDING WORKS)

    The Engineer in charge shall furnish the contractor with only the four corners

    of the work site and a level bench mark and the contractor shall set out the

    works and shall provide an efficient staff for the purpose and shall be solely

    responsible for the accuracy of such setting out.

    The contractor shall provide, fix and be responsible for the maintenance of

    all stacks, templates, level marks, profiles and other similar things and shall

    take all necessary precautions to prevent their removal or disturbance and

    shall be responsible for the consequence of such removal or disturbance

    should the same take place and for their efficient and timely reinstatement.

    The contractor shall also be responsible for the maintenance of all existing

    survey marks, boundary marks, distance marks and center line marks, either

    existing or supplied and fixed by the contractor. The work shall be set out to

    the satisfaction of the Engineer in charge. The approval thereof or joining

    with the contractor by the Engineer in charge in setting out the work, shall

    not relieve the contractor of any of his responsibilities.

  • (29)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    Before beginning the work, the contractor shall at his own cost provide all

    necessary reference and level posts, pegs, bamboos, flags, ranging rods,

    strings and other materials for proper layout of the work in accordance with

    the scheme for bearing marks acceptable to the Engineer in charge. The

    center, longitudinal or face lines and cross lines shall be marked by means

    of small masonry pillars. Each pillar shall have distinct mark at the center to

    enable theodoelite to be set over it. No work shall be started until all these

    points are checked and approved by the Engineer in charge in writing but

    such approval shall not relieve the contractor of any of his responsibilities. The

    contractor shall also provide all labour, material and other facilities, as

    necessary for the proper checking of layout and inspection of the points

    during construction.

    Pillars bearing geodetic marks located at the site of units of works under

    construction should be protected and fenced by the contractor.

    On completion of works, the contractor must submit the geodetic

    documents according to which the work was carried out.

    RESPONSIBILITIES FOR LEVEL AND ALIGNMENT

    The contractor shall be entirely and exclusively responsible for the horizontal

    and vertical alignment the levels and correctness of every part of the work

    and shall rectify effectively any errors or imperfections therein. Such

    rectification shall be carried out by the contractor, at his own cost, when

    instruction are issued to that effect by the Engineer in charge.

    10. LEVELING INSTRUMENTS ;

    If measurements of items of the work are based on volumetric

    measurements calculated from levels taken before and after construction of

    item, a large number of leveling staves, tapes, etc. will have to be kept

    available by the contractor at the site of work for this purpose. Lack of such

    leveling staves, tapes, etc. in required number may cause delay in

    measurements and the work. The contractor will have therefore to keep

    sufficient number of these instruments readily available at site, and in good

    work condition.

  • (30)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    11. AUTHORITIES OF THE ENGINEER IN CHARGE'S REPRESENTATIVE

    The duties of the representative of the Engineer in charge are to watch and

    supervise the work and test and examine any material to be used or

    workmanship employed in connection with the work.,

    The Engineer in charge may from time to time in writing delegate to his

    representative any powers and authorities vested in the Engineer in charge

    and shall furnish to the contractor a copy of all such delegations of power

    and authorities. Any written instructions of approval given by the

    representative of the Engineer in charge to the contractor within the terms of

    such delegations (but not otherwise) shall bind the contractor and'\the

    department as though it has been given by the Engineer in charge,

    provided always as follows.

    Failure of the representative of the Engineer in charge to disapprove any

    work or material shall not prejudice the power of the Engineer in charge

    thereafter to disapprove such work or materials and so order the putting

    down removal or breaking up thereof.

    12. CO-ORDINATION:

    When several agencies for different sub works of the project are to work

    simultaneously on the project site, there must be full co-ordination and co-

    operation between different contractors to ensure timely completion of the

    whole project smoothly, the scheduled dates, for completion specified in

    each contract shall therefore be strictly adhered to. Each contractor may

    make his independent arrangement for water, power, housing etc. if they so

    desire on the other hand the contractors are at liberty to come to mutual

    agreement in this behalf and make joint arrangements with the approval of

    the Engineer. No single contractor shall take or cause to be taken any steps or

    action that may cause disruption, discontent or disturbance to work, labour or

    arrangements etc. of other contractors in the project localities. Any action by

    any contractor which the Engineer in his unquestioned discretion may

  • (31)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    consider as infringement of the above code would be considered as a

    breach of the contract conditions and shall be dealt with as such.

    In case of any dispute or disagreement between the contractors, the

    Engineers decision regarding the co-ordination, co-operation and facilities to

    be provided by any of the contractors shall be final and binding on the

    contractors concerned and such a decision or decisions shall not vitiate any

    contract or absolve the contractor(s) of his / their obligations under the

    contract nor form the grounds for any claim or compensation.

    13 ASSISTANCE IN PROCURING PRIORITIES PERMITS ETC.

    The Engineer on a written request by contractor, will if in his opinion the

    request is reasonable and in the interest of work and its progress, assist

    the contractor in securing the priorities for deliveries, transport permits

    for controlled materials etc. where such as needed. The Department

    will not however be responsible for the non availability of such facilities

    or delay on this behalf and no claims on account of such failure or

    delays shall be allowed by the Department.

    The contractor shall have to make his own arrangement for machinery

    required for the work. However if the same is conveniently available

    with the Department it may be spared as per rules in force on recovery

    of necessary security deposit and rent at the rate approved from time to

    time by the independent agreement with agreement in the prescribed

    form of this contract and the supply or non supply of machinery shall

    not form a ground for any claim or extension of time limit for this work.

    14. QUARRIES

    14.1 The contractors) shall have to arrange himself/ themselves to procure the

    quarry. However necessary assistance will be rendered by the

    Department for procuring the quarries if required by the Contractor.

    14.2 The quarrying operations shall be carried out by the contractor with

    proper equipment such as compressor, jack-hammer, drill bits, explosives

  • (32)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    etc. and sufficient number of workmen shall be employed so as to get the

    required out turn.

    14.3 The contractor shall carry out the works in the quarries in conformity with

    all the rules and regulations already laid down or may be laid down from

    time to time by Government. Any cost incurred by Government due to

    non compliance of any rules or regulations or due to damages by the

    contractor shall be the responsibility of the contractor. The Engineer in

    charge or his representative shall be given full facility by the contractor

    for inspection at all times of the working of the quarry, records

    maintained, the stocks of the explosives and detonators etc. so as to

    enable him to check that the working records and storage are all in

    accordance with the relevant rules. The Engineer in charge or his

    representative shall at any time be allowed to inspect the work, building,

    and equipment at the quarters.

    14.4 The contractor shall maintain at his own cost the books, registers etc.

    required to be maintained under the relevant rules and regulations and

    as directed by the Engineer in charge. These books shall be open for

    inspection at all times by the Engineer in charge or his representative and

    the contractor shall furnish the copies or extracts of the books or registers

    as and when required.

    14.5 All quarrying operations shall be carried out by the contractor in

    organized and expeditious manner, systematically and with proper

    planning, the contractor shall engage licensed blaster and adopt electric

    blasting and / or any other approved method which would ensure.

    Complete safety to all the men engaged in the quarry and its

    surroundings. The contractor shall himself provide suitable magazines and

    arrange to procure and store explosives etc. as required under the rules

    at his own cost. The designs and the location of the magazine shall be

    got approved in advance from the Chief Inspector of Explosives and the

    rules and regulations in this connection as laid down by the Chief

    Inspector of Explosives, from time to time shall be strictly adhered to by

    the contractor. It is generally experienced that it takes time to obtain the

    necessary license for blasting and license for storage of material from the

  • (33)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    concerned authorities. The contractor must therefore take timely

    advanced action-for procuring all such license so that the work progress

    may not be hampered.

    14.6 The approaches to the quarrying place from the existing public roads

    shall have to be arranged by the contractor at his own cost, and the

    approaches shall be maintained by the contractor at his own cost till the

    work is over.

    14.7 The quarrying operations shall be carried out by the contractor to the

    entire 'Satisfaction of the Engineer in charge and the development of the

    quarry shall be made efficiently so as to avoid the wastage of stones.

    Only such stone as are of the required quality shall be used on the work.

    Any stone which in the opinion of the Engineer in charge, not in

    accordance with the specification or of required quality will be rejected

    at any time, at the quarry or at the site of work. The rejected material shall

    not be used on the work and such rejected material shall be removed to

    the place shown at the contractor's cost.

    14.8 Since all stones quarried from Government quarry ( i f made available) by

    the contractor including the excavated overburden are the property of

    the Government, no stones or the earth shall be

    supplied by the contractor to any other agencies or works, and are not

    allowed to be taken away for any other works. All such surplus quarried

    materials nor required for work under this contract shall be the property

    of the Government and shall be handed over by the contractor to the

    Government free of cost at the quarry site duly heaped at the spots

    indicated by the Engineer in charge. If however the Government does

    not require such surplus material, the contractor may be allowed to

    dispose off or use such material elsewhere with prior written permission of

    Engineer in charge Leaving off a quarry face or opening of new quarry

    face shall be done only on the approval of the Engineer in charge.

    14.9 Quarrying permission will have to be directly obtained by the contractor

    from the collector of the District concerned for which purpose the

    Department will render necessary assistance. All quarry fees, royalty

  • (34)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    charges, octroi duties ground rent for stacking material etc. if any to be

    paid shall be paid directly by the contractor as per rules in force.

    14.10 The contractor will be permitted to erect at his own risk and cost at the

    quarry site if suitable vacant space in Government area is available for

    the purpose, of his own structures or stores, office?, etc. at places

    approved by the Engineer in charge. On completion of the work the

    contractor shall remove all the structures erected by him and restore

    the site to its original conditions.

    14.11 The contractor shall not use land in the quarry for cultivation or for any

    other purpose except that required for breaking or transporting

    stones.

    15 COLLECTION OF MATERIALS

    1) Where suitable and approved P.W. Department's quarries exist, the

    contractor or piece worker will be allowed if otherwise there is no

    objection to obtain the materials to the extent required for the work

    from the quarry. He will be however, liable to pay compensation, if

    any damage is caused to the quarry either deliberately or through

    negligence or for wastage of materials by himself or his staff or

    labour. The contractor shall pay necessary royalty in advance.

    2) Where no suitable P.W. Department's quarries exist or when the

    qual ity of the material required cannot be obtained from P.W.

    Department quarry the contractor or piece worker shall make his own

    arrangement to obtain the material from existing or a new quarry in

    Government waste land, private land or belonging to other states or

    talukas, etc. After opening the quarry but before starting collection, the

    quarry shall be got approved by the Engineer in charge or his

    representative. The contractor or piece workers shall pay all royalty

    charges compensation etc. No claims or responsibility on account of

    any obstruction caused to execution of the work by difficulties arising out

    of private owners of land will be entertained.

    3) The rates in the tender includes all incidental charges such as opening

  • (35)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    of new quarry opening out a new portion in a existing quarry, removing

    top soil and the unsuitable material, dewatering a quarry, cost of

    blasting powder and fuse, lift, lead, repairs of existing cart tracks, making

    new cart tracks, control charges Central / State Government or

    municipal taxes.

    4) The rates in the tender are for the delivery of approved material on

    road side properly stacked at places specified by Engineer in charge

    and are inclusive of conveyance charges in respect of the leads and

    lifts. No claim on account of the charges in lead will be entertained.

    5) No material shall be removed from the land within road boundary or

    from the land touching it without the written permission of the

    Engineer in charge or his authorised agent. If any material is

    unauthorisely obtained from the such places, the contractor or piece

    worker shall have to make good the damages and pay such

    compensation, in addition as may be decided by the Executive

    Engineer and will have to stop further collection.

    6) Any material that falls on any Z.P. (W) / P.W. Department road from the cart

    etc. during conveying shall be immediately picked up and removed by the

    contractor or piece worker, failing which it will be got removed

    departmentally at his cost. No heap shall be left prior to stacking even

    temporarily on the road surface or in any way so as to cause any

    obstruction or danger to the traffic. The contractor or the piece worker shall

    be liable to pay for any claims of compensation etc. arising out of accident

    etc. Any such material causing obstruction or danger etc. will be got

    removed departmentally at his cost and no claims for any loss or

    damage to the material, thus removed, wil l be entertained. The

    contractor shall also be responsible for the damage or accident etc,

    arising out of any material that falls on the road or track, not in charge of

    the Department and shall attend to any complaints which may be

    received.

  • (36)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    7) The material shall not be stacked in place where it is l iable to be

    damaged or lost due to traffic passing over it to be washed away by

    rains or flood, to be buried under the land slide etc. or to slip down on

    embankment or hill side etc. No claim for any loss due to these and

    similar causes will be entertained.

    8) Before stacking, the material shall be free from all earth, rubbish,

    vegetable matter, and other extraneous substance and in the case of

    metal, screened to gauge, if so directed. When ready, it shall be

    stacked entirely clear of the road way, on ground which has been

    cleaned of vegetation and leveled. On high banks, ghat roads etc.

    where it may not be practicable to stack it entirely clear of the road

    way, it may stacked with the permission of the Engineer in charge on

    berms in such a way as to cause minimum danger and obstruction to

    the traffic or as may be directed by him.

    9) Unless otherwise directed, the materials shall be collected in the

    following order according to availability of space. Rubble (if included in

    tender). 2) Metal, 3) soft murum and 4) Hard murum. Hard murum shall

    be stacked on the side opposite to that on which soft murum has been

    stacked. Similarly metal collected for petty repairs shall be stacked on

    the side opposite to metal for new layer. Where metal for two layers

    has to be stacked as in the case of new roads, the metal for each

    layer shall be stacked on opposite sides of the road.

    10) No deduction will be made for voids.

    16. TEMPORARY QUARTERS AND SITE OFFICE

    i) The contractor shall at his own expenses maintain sufficient experienced

    supervisory staff etc. required for the work and shall make his own

    arrangement for housing such staff with all necessary amenities. General

    layout for plan such structure shall be got approved from the Engineer in

    charge.

  • (37)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    ii) The contractor shall provide, furnish, maintain and remove on

    completion of the work a suitable office on the work site for the use of

    the Executive Engineers representative. The covered area exclusive of

    verandah should not be less than 37.17 sqm. It may have bamboo

    matting walls and asbestos walls and asbestos or corrugated iron roof,

    paved floor should be 45 cm above ground level. He should provide

    latrines, urinals and keep them clean daily. This will be supposed to be

    included in his rates.

    17 TREASURE TROVE

    In the event discovery by the contractor or his employees, during the

    progress of the work of any treasure, fossils minerals or any other articles

    of value or interest the contractor shall give immediate

    intimation thereof to the Engineer and forthwith hand over to the

    Engineer such treasure or thing which shall be the property of the

    Government.

    18 PATENTED DEVICE

    Whenever the contractor desires to use any designed device, materials

    or process covered by the letter of patent or copy right, the right for such

    use shall be secured by suitable legal arrangement and agreement with

    patent owner and a copy of their agreement shall be filed with the

    Engineer in charge if so desired by the letter any responsibility

    whatsoever in connection with the storage and use of the explosives on

    the site or any accident or occurrence whatsoever in connection there

    with all operations of the contractor in or for which explosives are

    employed being at the risk of the contractor and upon his sole

    responsibility and the contractor hereby give to Government an

    absolute indemnity in respect thereof.

    19 EXPLOSIVES

  • (38)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    The contractor shall at his own expense construct and maintain

    proper magazines if such are required for the storage of explosive for use

    in connection with the works and such magazines being situated,

    constructed and maintained in accordance with the Government rules

    applicable on that behalf. The contractor shall at his own expenses

    obtain such license or licenses as may be necessary for storing and using

    explosives. Not with standing that the locations etc. of storage of explosive

    are approved by the Engineer. The Government shall not incur any

    responsibility whatsoever in connection with the storage and use of the

    explosives on the site or any accident or occurrence whatsoever in

    connection there with all operations of the contractor in or for which

    explosives are employed being at the risk of the contractor and upon his

    sole responsibility and the contractor hereby give to Government an

    obsolete indemnity in respect thereof.

    20 DAMAGE BY FLOOD OR ACCIDENTS

    The contractor shall take all precautions against damage by flood or like or

    from accident etc. No compensation will be allowed to the contractor on

    this account or for correcting and repairing any such damage to the work

    during construction. The contractor shall be liable to make good at his cost

    any plants or materials belonging to the Government lost or damaged by

    floods or from any other cause while is in his charge.

    21. POLICE PROTECTION

    For the special protection of camp of the contractor's works, the

    Department will help the contractor as far as possible to arrange for such

    protection with the concerned authorities if so required by the contractor in

    writing. The full cost of such protection shall be borne by the contractor.

    22. SUPERVISION AND INSPECTION OF WORKS AND QUALITY CONTROL

    22.1 SUPERVISION

  • (39)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    The contractor shall either himself supervise the execution of the works or

    shall appoint the competent agent approved by the Engineer in charge to

    act in his behalf if in the opinion of the Engineer in charge the contractor-

    has himself no sufficient knowledge and experience of receiving instructions

    or cannot give his full attention to the works, the contractor shall at his own

    expenses employ as his accredited agent a qualified engineer approved by

    the Engineer in charge.

    Orders given to the contractor's agent shall be considered to have the

    force as if these had been given to the contractor himself. If the contractor

    fails to appoint a suitable agent as directed by the Engineer in charge shall

    have full power to suspend the execution of the work unti l such date a

    suitable agent is appointed and the contractor shall be responsible for the

    delay so caused to the works and the contractor shall not be entitled for

    any compensation on this behalf.

    22.2 INSPECTION

    The contractor shall inform the Engineer in charge in writing when

    any portion of work is ready for inspection giving him sufficient notice to

    enable him to inspect the same without affecting the further progress of

    the work. The work shall not be considered to have been completed in

    accordance with the terms of the contract until the Engineer in charge

    shall have certified in writing to that effect. Approval of materials or

    workmanship or approval of part of the work during the progress of

    execution shall not bind the Engineer in charge or in any way affect him

    even to reject the work which is alleged to be completed and to suspend

    the issues of his certificate of completion until such alteration and

    modification or reconstruction have been affected at the cost of the

    contractor as shall enable him to certify that the work has been completed

    to his satisfaction.

    The contractor shall provide at his cost necessary ladders and such

    arrangements as to provide necessary facilities and assistance for proper

    inspection of all parts of work at his own cost.

  • (40)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    23. INITIAL MEASUREMENTS FOR RECORD

    Where, for proper measurements of work, it is necessary to have an

    initial set of levels or other measurements taken, the same as recorded in

    the authorised field book or measurement book of Government by the

    Engineer or his authorised representative will be sighed by the contractor

    who will be entitled to have a true copy of the same made at his cost. Any

    failure on the part of the contractor to get such levels etc. recorded before

    starting the work, will render him liable to accept the decision of the

    Engineer as to the basis of taking measurements, Likewise the contractor

    will not cover any work which will render its subsequent measurements

    difficult or impossible without first getting the same jointly measured by

    himself and the authorised representative of the Executive Engineer. The

    record of such measurements on the Government side will be signed by

    the contractor and he will be entitled to have a true copy of the same

    made at his cost.

    24. SAMPLES AND TESTING MATERIALS

    1. All material to be used on work shall be got approved in advance from the

    Engineer in charge and shall pass the tests and or analysis required by him,

    which will be :

    a) as specified in the specifications for the items concerned and / or

    b) as specified by the Indian Road Congress, Standard specifications or

    c) I.S.I, specifications (whichever and wherever applicable) or

    d) such recognised specifications acceptable to the Engineer-in-charge as

    equivalent thereto or in the absence of such authorised specifications,

    e) such requirements test and / or analysis as may be specified by the

    Engineer in charge in the order of procedure given above.

    ii) The contractor shall at his risk and cost make all arrangements and / or

    shall provide for all such facilities as the Engineer in charge may require for

    collecting, preparing and forwarding required number of samples for tests

    or for analysis at such time and to such place or places may be directed

  • (41)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    by the Engineer and bear all charges and cost of testing. Such samples

    shall also be deposited with the Engineer in charge.

    iii) The contractor shall if and when required submit at his cost, the samples

    of materials to be tested or analyzed and if so directed, shall not make use

    of or incorporate in the work any materials to be represented by the

    samples until the required tests or analysis have been made and the

    materials finally accepted by the Engineer in charge.

    iv) The contractor shall not be eligible for any claim or compensation either

    arising out of any delay in the work or due to any corrective measures

    required to be taken on account of and as a result of testing of the

    materials.

    v) The contractor or his authorised representative will be allowed to remain

    present in the departmental laboratory while testing samples furnished by

    him. However, the results of all the tests carried out in the departmental

    laboratory in the presence or absence of the contractor or his authorised

    representative will be binding on the contractor.

    vi) Cost of the routine day to day quality control testing charges for tests

    required as per specifications wil l be borne by contractor by sending the

    same to the concerned Government laboratory.

    vii) The contractor shall at his own cost set up laboratory to carry out the

    routine tests of materials which are to be used on the work. The tests will

    have to be carried out either in his field laboratory or in an approved

    laboratory. In case tests are carried out in field laboratory at least 50%

    tests should be carried out at the Pradhan Mantri Gram Sadak Yojana

    quality control laboratory.

    viii) In case of material procured by the contractor, testing as required by the

    codes and specifications shall be arranged by him at his own cost. Testing

    shall be done in the presence of authorised representative of the Engineer in

    charge at the Pradhan Mantri Gram Sadak Yojana quality control

    laboratory. If additional testing other than as required by the specifications is

  • (42)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    ordered, the testing charges shall be borne by the Department if the test

    results are satisfactory and by the contractor if the same are not satisfactory.

    ix) In case of the materials supplied by the Government and if the contractor

    demands certain testing, the charges thereof shall be paid by the

    contractor if the tests results are satisfactory and by the Department if the

    same are not satisfactory.

    x) Testing shall be carried out at approved Government laboratory Pradhan

    Mantri Gram Sadak Yojana quality control laboratory as directed by the

    Engineer in charge and all testing charges shall be borne by the contractor.

    xi) 15% of the rate shall be withheld and shall be released only after the receipt

    of the satisfactory test results whenever specified excluding concrete items.

    "Routine test shall mean testing of aggregate for gradation, flakiness index,

    impact value and binder contents."

    xii) Mix design of concrete items where specified shall be brought by the

    contractor at his own cost, from approved laboratory. Also testing of high,

    tensile steel is to be done by the contractor at his own cost.

    25. CHANGE OF CEMENT CONTENT ETC.

    The tendered rates for any item involving the use of cement shall apply to the

    quantity of cement specified for the mix for that item in the specifications. If

    for any reasons except those required for compensating the deficiencies in

    the components, the cement content and properties are altered by the

    Engineer (Engineer in charge) at any time or from time to time, the tendered

    rates for that particular item and quantity or quantities shall be duly

    enhanced or reduced only to account for the addition or reduction in cost of

    the cement content from that laid down in the specification at the rates

    specified in DSR of the district on which the estimate is based plus 10% to

    cover all other incidental charges whatever. Likewise if any additives,

    compounds, water proofing material etc. are ordered by the Engineer to

    be added to the mortar or concrete, no extra rate shall be payable for

    the change which shall be carried out as per directions of Engineer in

  • (43)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    charge, provided cost of such additives etc. is borne by Government or

    these are supplied free of cost to contractor at site by the Government.

    26, CEMENT CONCRETE

    a) The contractor shall carry out all preliminary tests to work out grading and

    proportioning of aggregates in order to obtain and maintain uniform

    quality of work. The contractor shall supply all materials, labour and testing

    cost for preparing and testing samples as required by the Engineer. Unless

    otherwise specified in the detailed item wise specifications 3 cubes 150mm

    x 150mm x 150mm will be tested for every 15 cubic meter of ordinary grade

    concrete or per day whichever is higher.

    The contractor shall make field arrangements for slump test, density and

    bulkage testing and also prepare concrete cubes 150mm x 150mm x

    150mm for testing compressive strength at his ''cost. The cubes shall be "

    got tested at approved laboratory and the test results shall not fail below

    those prescribed in P.W.D. hand book (Table CV P 412) or as laid down in

    the specifications. The cost of such cubes and tests shall be entirely borne

    by the Contractor.

    b) All concrete shall be machine mixed, unless otherwise directed by

    Engineer in charge for controlled or high grade concrete, the grading of.

    aggregate shall be got approved from the Engineer. The correct

    proportions and the total amount of water for the mix wil l be determined

    b y means of preliminary tests and shall be got approved by the Engineer

    in charge. However, such approval does not relieve the contractor from

    his responsibility, regarding the minimum works strength requirements. Work

    test shall be taken in accordance wi th relevant codes and specifications.

    The proportioning of aggregate shall be done by weight if so ordered by

    the Engineer.

    c) A l l mixing shall be done by mechanical means in approved mixers. The

    Engineer may at his discretion, allow in writing hand mixing or concrete for

    minor items where in small quantities are involved but in that case the

  • (44)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    contractor shall increase the cement content of the mixture by 10%

    without any extra cost.

    d) The form work used shall be made invariably of steel / with lining of steel or

    with plywood l ining wooden shutters may be allowed at the discretion of

    the Engineer i.e. Lintels, small slabs and beams, copping etc.

    e) The concrete shall be mechanical vibrated for proper compaction by the

    method approved by the Engineer.

    f) The concrete shall be cured only by a sweet potable water for full 21 days

    after the time of its placement or as may be directed by Engineer in

    charge.

    26.1 REINFORCED CONCRETE WORK

    a) The work included in this contract shall be carried out in addition to this

    specifications detailed herein in accordance with specifications and

    regulations as laid down in the following standard specifications.

    Standard specifications published by Government of Maharashtra 1985

    Edition.

    IS 8112 1989 - Specification for 43 grade ordinary Portland cement.

    IS 383 1976 - Specification for coarse and fine aggregate from

    natural coarse for concrete.

    IS 1786 1985 - Specification for cold twisted bars.

    IS 432 1982 - Specification for mild steel and medium steel bars.

    IS 456 1978 - Code of practice for plain and reinforced concrete of

    cement not less than 43 grade.

    If the standard specifications quoted above fall short for the items quoted

    in these schedules of this contract reference shall be made to the latest

    British Standard of Specifications. If any of the item of contract do not fail

    in reference quoted above the decision and specification of the Engineer

    shall be final.

  • (45)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    27. ADDITIONAL GENERAL SPECIFICATION FOR ORDINARY AND HIGH GRADE

    CONCRETE

    1. If the concrete strength falls below that specified for the items and if the

    use can be permitted under clauses 303.3.7 of the IRC bridge code section

    - il l given below, the unit (Bridge component) may be accepted at the

    discretion of the Superintending Engineer concerned as a substandard

    work at a suitable reduced rate. Reduced rate will be determined by the

    Executive Engineer concerned according to circumstance of the case and

    the concerned Superintending Engineer's approval to the reduced rate as

    mentioned above is necessary.

    "Standard Specifications and Code of Practice for Roads, Bridges Section- Ill

    cement concrete 303.3,7 standard acceptance."

    i) Full payment should be made when 75% of the test cube results are equal and

    above specified strength. Cases falling outside the above limits should be

    examined and decided by the Engineer in charge on merits of each case.

    ii) The test specimen should be taken by representative of the contractor in

    presence of a responsible officer of the rank of not lower than an Assistant

    Engineer / Deputy Engineer.

    iii) The test specimen should be formed carefully and no claims shall be

    entertained later on, on the ground that the casting of the test specimen was

    faulty and that the results of the test specimen did not give correct indication of

    the actual quality of concrete.

    iv) The minimum quantity of cement per one cubic meter of M-15 grade and

    above concrete should be as per Standard Specification Book

    Specification B 7-4 on page 39 (1979 Edition)

    v) PAYMENT:

    a) The payment of such concrete work will not be made till the strengths are

    ascertained.

  • (46)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    b) The payment of reinforcement of such affected items wil l not be made til l

    the strengths of the concrete are ascertained:

    The centering to be used for execution of any concrete items shall be

    strictly in accordance with specifications for form work and steel centering

    given on page 55 to 58 of these documents. No concreting shall be

    executed without prior approval to the centering from the Engineer in

    charge.

    vi) The centering to be used for execution of any concrete items shall he

    strictly in accordance with specifications for form work and steel centering

    given on page 55 to 58 of these documents. No concreting shall he

    execute without prior approval to the centering from the Engineer in

    charge.

    28, MISCELLANEOUS:

    1. Rate shall be inclusive of S.T., Turnover, Tax, Octroi Duty, all quarry fees,

    Royalty charges, General tax and other taxes etc.

    2. For providing electric wiring or water lines etc. recesses shall be provided if

    necessary through walls, beams, slabs, etc. and later on refilled up with

    bricks or stone, chipping, cement mortar, without any extra cost.

    3. In case it becomes necessary for the due fulfillment of contract for the

    contractor to occupy land outside the department limits, the contractor

    will have to make his own arrangement with the land owners and 'to pay

    such rents if any are payable as mutually agreed between them.

    The department will afford the contractor all the reasonable assistance to

    enable him to obtain Government land for such purpose on usual terms

    and conditions as per rules of Government.

    4. The special provision in detailed specifications or wording of any item shall

    gain precedence over the corresponding contradictory provision (if any) in

    the standard specification or P.W.D. Hand book where reference to such

    specifications is given without reproducing the details in contract. Decision

    of the Engineer in charge shall be final in case of interpretation of

    specifications.

  • (47)

    CONTRACTOR NO. OF CORRECTIONS EXECUTIVE ENGINEER

    5. Suitable separating Barricades and enclosures shall be provided to

    separate material brought by contractor and material issued by

    Government to contractor under Schedule 'A'. Same applies for the

    material obtained from different sources of supply.

    6. It is presumed that the contractor has gone carefully through the Standard

    Specifications of P.W.D. Hand Books and the Schedule of Rate of the

    Division and studied the site conditions before arriving at rates quoted by

    him.

    7. The stacking and storage of construction material at site shall be in such a

    manner as to prevent deterioration of intrusion of foreign matter and to

    ensure the preservation of their quality, properties and fitness for the work.

    Suitable precaution shall be taken by the contractor lo protect the material

    against atmospheric actions, fire and other hazards.

    The materials likely to be carried away by wind shall be stored in suitable

    stores or with suitable barricades and where there is likely hood of

    subsidence of soil heavy materials shall be stored on paved platforms.

    The contractor shall at his own expenses engage watchman for guarding

    the materials and plants and machinery and the work during day and night

    against any pilferage or damage and also for prohibiting trespassers.

    8. The contractor shall be responsible for making good the damage done to

    the existing property during construction by his men.

    9. If it is found necessary from safety point of view to test any part of the

    structure, the test shall be carried out by the